SPECTRUM ANALYZER (SOLE SOURCE)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Logistics Agency (DLA) Maritime - Puget Sound is soliciting bids for a SPECTRUM ANALYZER (Anritsu MS2090A). This acquisition is set aside for Women-Owned Small Businesses (WOSB), despite the specific brand/model being justified as a sole source due to its compatibility and performance requirements for SSBN testing. Proposals are due by May 14, 2026, at 05:00 PM Local Time.
Scope of Work
The requirement is for one ANRITSU MS2090A SPECTRUM ANALYZER with specific options: MS2090A-OPTION 6 (Remove WI-FI and BLUETOOTH), MS2090A-0006-OPTION 709 (SPECTRUM ANALYZER, 9 GHZ), 800-119-R (POWER CORD, 18AWG, 110V, 3CN, WIRE), and 633-75 (LI-ION BATTERY PACK, 7500 MAH). The analyzer must be compatible in form, fit, and function with existing systems and have the correct frequency range for SSBN radar testing.
Contract Details
- Opportunity Type: Solicitation
- Set-Aside: Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- NAICS Code: 334519 (Size Standard: 600 employees)
- Product Service Code: 6625 (Electrical And Electronic Properties Measuring And Testing Instruments)
- Place of Performance: Silverdale, WA 98315, United States
- Payment: Wide Area Work Flow (WAWF)
- Inspection Level: QA 4 - 7 days inspection
Submission & Evaluation
- Offer Due Date: May 14, 2026, 05:00 PM Local Time
- Submission Method: Via email to TRICIA.WINTERSTEEN@DLA.MIL
- Required Submission Content: Completed and signed solicitation, Manufacturer, Country of Origin, and Lead Time for Delivery (FOB destination).
- NIST SP 800-171: Required per DFARS 252.204-7019, unless the item is Commercial Off The Shelf (COTS). If COTS, bidders must identify and provide information to the Contracting Officer during the solicitation period.
- Evaluation Criteria: Award will be based on "Best Value," considering technical acceptability, price, and lead times. Offers must be technically acceptable to be considered.
Additional Requirements
- Item Identification: DFARS 252.211-7003, Item Identification and Valuation, is applicable. Contractors must provide DoD unique identification or equivalent.
- Packaging & Marking: In accordance with ASTM-D-3951. Prohibited materials include asbestos, excelsior, loose fill polystyrene, newspaper, or shredded paper. Mandatory pallet usage for items not shipped via SMALL PARCEL SERVICE.
- Base Access: Contractors require a Defense Biometric Identification System (DBIDS) credential. All deliveries must pass through the base Truck Inspection Station.
- Correspondence: Must be in English.
Contact Information
- Primary Point of Contact: Tricia Wintersteen (TRICIA.WINTERSTEEN@DLA.MIL, 360-509-0205)